Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

U -- CompTIA A+ Course

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0027
 
Response Due
11/12/2008
 
Archive Date
1/11/2009
 
Point of Contact
Claudetta Smith, 910-643-7221<br />
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-09-T-0027 is issued as a Request for Quote (RFQ) to supply a CompTIA A+ Course. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-27, effective October 17, 2008. (iv)Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 611420 Computer operator training FSC code U008 and size standard is $6.5 million. (v)This requirement is to provide the item in CLINs 0001 below. CLIN 0001 CompTIA A+ Course. An entry-level information technology professional or personal computer service technician curriculum. This course shall be instructor taught and focus on essential skills and information needed to install, upgrade, repair, configure, troubleshoot, optimize, and perform preventative maintenance of basic personal computer hardware and operating systems. This course shall accommodate 11 students. This course shall cover instructions as well as exams. The course shall be held on 17 November 2008 until 26 November 2008. (vi)The requirement shall be Firm Fixed Price. (vii)Period of Performance: 17 November 2008 26 November 2008. (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). Addendum to 52.212-1. Offerors shall provide quotes in the spaces allowed on this Combined/Synopsis Solicitation or provide a separate quote on a company letterhead addressing each of the CLINs, description, unit price and extended price. 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items as a part of their offer. (ix)The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a.Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. b.Applicable clauses under DFARS 252.212-7001: 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, (x)ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contactors); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work (specific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific format for the XML direct transfer may be downloaded from the website. (xi)APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 7) dated 5/29/2008. A copy of this Wage Determination can be found at http://www.wdol.gov. (xii)STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 29160 Instrutor, $48K yearly. (xiii)Submission of proposals shall be forwarded by Wednesday, November 12, 2008, 12:00 PM Est.using either facsimile at (910) 643-7221 or email at claudetta.smith@conus.army.mil. Please direct any questions regarding this combined synopsis/solicitation to Nikki Smith at the email address provided above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1473386765df79c1e1b246543dc9a37e&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01700956-W 20081107/081105214934-1473386765df79c1e1b246543dc9a37e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.